Loading...
HomeMy WebLinkAboutContract CAG-19-254 { SMALL PUBLIC WORKS CONTRACT AGREEMENT Cedar River Boathouse Float Reconfiguration THIS AGREEMENT ("Agreement") is made as of the 2 5 day of, k,f 2019, (the "Effective Date") by and between the City of Renton, a non-charter code city under RCW 35A, and a Washington municipal corporation ("City"),through its Community Services Department and Marine Floats Corporation, ("Contractor"),a Washington Corporation who are collectively referred to as the "Parties",to replace, relocate and remove floats utilized at the Renton Rowing Center.City and Contractor agree as set forth below. 1. Scope of Work : Contractor will provide all material and labor necessary to perform all work described in the Scope of Work which is attached and fully incorporated into this Agreement by reference as Attachment "A." 2. Changes in Scope of Work: City,without invalidating this Agreement, may order changes to the Scope of Work consisting of additions, deletions or modifications, the Agreement Sum being adjusted accordingly by Parties mutual agreement. Such changes in the work shall be authorized by written Change Order or Amendment signed by the Parties. 3. Time of Performance: Contractor shall commence performance of the Agreement no later than 30 calendar days after the Agreement's Effective Date. 4. Term of Agreement:The Term of this Agreement shall end at completion of the Scope of Work, no later than 180 days from the Effective Date. This Agreement may be extended to accomplish change orders, if required, upon mutual written agreement of City and Contractor. 5. Agreement Sum: The total amount of this Agreement is the sum of$293,172.00 which includes Washington State Sales Tax. This amount may be adjusted to a mutually agreed amount based on changes to the Scope of Work. 6. Consideration: In exchange for Contractor's performance of the items and responsibilities identified in the Scope of Work, City agrees to make payment of the amount identified as the Agreement Sum. 7. Prevailing Wage/Method of Payment/Retainage/Bonding: Payment by the City for the Work will only be made after the Work has been performed and a voucher or invoice is submitted in a form acceptable to the City. A. Prevailing Wage Rates: Contractor must comply with the State of Washington prevailing wage requirements. Contractor must file an Intent To Pay Prevailing Wage at the beginning of the project and an Affidavit of Wages Paid at the end of the project with the Washington State Department of Labor and Industries. The State of Washington prevailing wage rates applicable for this project,which is located in King County, may be found at the following website address of the Department of Labor and Industries: http://www.lni.wa.gov/TradesLicensing/PrevWage/default.asp http://www.lni.wa.gov/TradesLicensing/PrevWage/WageRates/default.asp Pursuant to WAC 296-127-011,the applicable effective date for prevailing wage rates paid for the duration of this contract shall be the date the contract is executed as reflected in the "Effective Date" identified at the top of the first page of this Agreement. Upon request,the City will provide a copy of the applicable prevailing wages for this project.Alternatively,the rates may be viewed at the City of Renton City Hall by making an appointment with the contact person identified herein or prior to contract award with the contact person identified as the City of Renton contact in Paragraph 15 Notices of this agreement. S. Retainage held by the City or in Escrow Account: Pursuant to RCW Chapter 60.28, a sum equal to five percent(5%) of the monies earned by the Contractor will be retained from payments made by the City to the Contractor under this Contract. This retainage shall be used as a trust fund for the protection and payment(1)to the State with respect to taxes imposed pursuant to RCW Title 82 and (2)the claims of any person arising under the Contract. Monies retained under the provisions of RCW Chapter 60.28 shall be: Contractor must pick one—if contractor does not pick one then the first option (retainage held in a fund by the City)applies. Retained in a fund by the City. or Deposited by the City in an escrow(interest-bearing) account in a bank, mutual saving bank,or savings and loan association (interest on monies so retained shall be paid to the Contractor). Deposits are to be in the name of the City and are not to be allowed to be withdrawn without the City's written authorization.The City will issue a check representing the sum of the monies PAGE 2 OF 10 reserved, payable to the bank or trust company. Such check shall be converted into bonds and securities chosen by the Contractor as the interest accrues. At or before the time the Contract is executed, the Contractor shall designate the option desired. The Contractor in choosing option (2) agrees to assume full responsibility to pay all costs that may accrue from escrow services, brokerage charges or both, and further agrees to assume all risks in connection with the investment of the retained percentages in securities. The City may also,at its option, accept a bond in lieu of retainage. C. For Agreements over$150,000: Pursuant to RCW 60.26 and 39.08 The City requires a 5 % Retainage be withheld and that the Contractor will provide a Performance and Payment (Contract) Bond on the City approved form upon execution of the Agreement. Payment of the initial 95% will be made in the next pay cycle of the Renton Finance Department after receipt of such voucher or invoice (pay cycles are bi-weekly). The remaining 5% will be retained for the purpose of completion of the project and fulfillment of claims and liens. D. City shall have the right to withhold payment to Contractor for any work not completed in a satisfactory manner until such time as Contractor modifies such work so that the same is satisfactory. E. Final Acceptance. Final Acceptance of the Project occurs when the Public Works Director has determined that the Project is one hundred percent(100%)complete and has been constructed in accordance with the Plans and Specifications. F. Payment in the Event of Termination. In the event this Contract is terminated by the either party,the Contractor shall not be entitled to receive any further amounts due under this Contract until the work specified in the Scope of Work is satisfactorily completed,as scheduled,up to the date of termination. At such time, if the unpaid balance of the amount to be paid under the Contract exceeds the expense incurred by the City in finishing the work, and all damages sustained by the City or which may be sustained by the City or which may be sustained by the reason of such refusal, neglect,failure or discontinuance of Contractor performing the work, such excess shall be paid by the City to the Contractor. If the City's expense and damages exceed the unpaid balance, Contractor and his surety shall be jointly and severally liable therefore to the City and shall pay such difference to the City. Such expense and damages shall include all reasonable legal expenses and costs incurred by the City to protect the rights and interests of the City under the Contract. 410 PAGE 3 OF 10 8. Hold Harmless: Contractor shall indemnify, defend and hold harmless City, its elected officials, officers, agents, employees and volunteers, from and against any and all claims, losses or liability, or any portion of the same, including but not limited to reasonable attorneys'fees,legal expenses and litigation costs,arising from injury or death to persons, including injuries, sickness, disease or death of Contractor's own employees, agents and volunteers, or damage to property caused by Contractor's negligent act or omission, except for those acts caused by or resulting from a negligent act or omission by City and its officers, agents, employees and volunteers. Should a court of competent jurisdiction determine that this agreement is subject to RCW 4.24.115, (Validity of agreement to indemnify against liability for negligence relative to construction,alteration, improvement,etc., of structure or improvement attached to real estate...) then, in the event of liability for damages arising out of bodily injury to persons or damages to property caused by or resulting from the concurrent negligence of the contractor and City, its officers, officials, employees and volunteers, Contractor's liability shall be only to the extent of Contractor's negligence. It is further specifically and expressly understood that the indemnification provided in this Agreement constitute Contractor's waiver of immunity under the Industrial Insurance Act, RCW Title 51, solely for the purposes of this indemnification. The Parties have mutually negotiated and agreed to this waiver. The provisions of this section shall survive the expiration or termination of this Agreement. 9. Insurance: Contractor shall secure and maintain: A. Commercial general liability insurance in the minimum amounts of$1,000,000 for each occurrence/$2,000,000 aggregate for the Term of this Agreement. B. Professional liability insurance, in the minimum amount of $1,000,000 for each occurrence, shall also be secured for any professional services being provided to City that are excluded in the commercial general liability insurance. C. Workers' compensation coverage, as required by the Industrial Insurance laws of the State of Washington, shall also be secured. D. It is agreed that on Contractor's commercial general liability policy, the City of Renton will be named as an Additional Insured on a non-contributory primary basis. City's insurance policies shall not be a source for payment of any Contractor liability. E. Subject to City's review and acceptance, a certificate of insurance showing the proper endorsements, shall be delivered to City before executing the work of this Agreement. PAGE 4 OF 10 F. Contractor shall provide City with written notice of any policy cancellation, within two(2) business days of their receipt of such notice. G. Additional Insurance if marked as"Required"by City: 1. X Required. Builders Risk insurance covering interests of the City, the Contractor,Subcontractors,and Sub-contractors in the work. Builders Risk insurance shall be on a special perils policy form and shall insure against the perils of fire and extended coverage and physical loss or damage including flood, earthquake, theft, vandalism, malicious mischief, and collapse. The Builders Risk insurance shall include coverage for temporary buildings, debris removal and damage to materials in transit or stored off- site. This Builders Risk insurance covering the work will have a deductible of $5,000 for each occurrence, which will be the responsibility of the Contractor. Higher deductibles for flood and earthquake perils may be accepted by the City upon written request by the Contractor and written acceptance by the City. Any increased deductibles accepted by the City will remain the responsibility of the Contractor. The Builders Risk insurance shall be maintained until final acceptance of the work by the City. 2. X Required. Contractors Pollution Liability insurance covering losses caused by pollution conditions that arise from the operations of the Contractor. Contractors Pollution Liability insurance shall be written in an amount of at least $1,000,000 per loss, with an annual aggregate of at least$1,000,000. Contractors Pollution Liability shall cover bodily injury, property damage, cleanup costs and defense including costs and expenses incurred in the investigation, defense,or settlement of claims. If the Contractors Pollution Liability insurance is written on a claims-made basis, the Contractor warrants that any retroactive date applicable to coverage under the policy precedes the effective date of this contract; and that continuous coverage will be maintained or an extended discovery period will be exercised for a period of three (3) years beginning from the time that work under the contract is completed. The City shall be named by endorsement as an additional insured on the Contractors Pollution Liability insurance policy. If the scope of services as defined in this contract includes the disposal of any hazardous materials from the job site, the Contractor must furnish to the City evidence of Pollution Liability insurance maintained by the disposal site operator for losses arising from the insured facility accepting waste 01. PAGE 5 OF 10 under this contract. Coverage certified to the Public Entity under this paragraph must be maintained in minimum amounts of$1,000,000 per loss, with an annual aggregate of at least$1,000,000. Pollution Liability coverage at least as broad as that provided under ISO Pollution Liability-Broadened Coverage for Covered Autos Endorsement CA 99 48 shall be provided and the Motor Carrier Act Endorsement (MCS 90) shall be attached. 10. Discrimination Prohibited: Except to the extent permitted by a bona fide occupational qualification,the Contractor agrees as follows: A. Contractor, and Contractor's agents, employees, representatives, and volunteers with regard to the Work performed or to be performed under this Agreement, shall not discriminate on the basis of race, color, sex, religion, nationality, creed, marital status, sexual orientation or preference, age (except minimum age and retirement provisions), honorably discharged veteran or military status, or the presence of any sensory, mental or physical handicap, unless based upon a bona fide occupational qualification in relationship to hiring and employment, in employment or application for employment, the administration of the delivery of Work or any other benefits under this Agreement, or procurement of materials or supplies. B. The Contractor will take affirmative action to insure that applicants are employed and that employees are treated during employment without regard to their race, creed, color, national origin, sex, age, sexual orientation, physical, sensory or mental handicaps, or marital status. Such action shall include, but not be limited to the following employment, upgrading, demotion or transfer, recruitment or recruitment advertising, layoff or termination, rates of pay or other forms of compensation and selection for training. C. If Contractor fails to comply with any of this Agreement's non-discrimination provisions, City shall have the right,at its option,to cancel the Agreement in whole or in part. D. Contractor is responsible to be aware of and in compliance with all federal, state and local laws and regulations that may affect the satisfactory completion of the project, which includes but is not limited to fair labor laws and worker's compensation. 11. Independent Contractor: Contractor's employees, while engaged in the performance of any of Contractor's Work under this Agreement, shall be considered employees of the PAGE 6 OF 1© Contractor and not employees,agents, representatives of City and as a result, shall not be entitled to any coverage or benefits from the City of Renton. Contractor's relation to City shall be at all times as an independent contractor. Any and all Workman's Compensation Act claims on behalf of Contractor employees,and any and all claims made by a third-party as a consequence of any negligent act or omission on the part of Contractor's employees, while engaged in Work provided to be rendered under this Agreement,shall be the solely Contractor's obligation and responsibility. 12. City of Renton Business License: The Consultant shall obtain a City of Renton Business License prior to performing any Work and maintain the business license in good standing throughout the term of this agreement with the City. Information regarding acquiring a city business license can be found at: http://www.rentonwa.govJcros/one.aspx?portalld=7922741&pageld=9824882 Information regarding State business licensing requirements can be found at: http://dor.wagov/doing-business/register-my-business 13. Record Keeping and Reporting: Contractor shall maintain accounts and records, which properly reflect all direct and indirect costs expended and Work provided in the performance of this Agreement. The Contractor agrees to provide access to and copies of any records related to this Agreement as required by the City to audit expenditures and charges and/or to comply with the Washington State Public Records Act (Chapter 42.56 RCW). 14. Public Records Compliance. To the full extent the City determines necessary to comply with the Washington State Public Records Act, Contractor shall make a due diligent search of all records in its possession, including, but not limited to, e-mail, correspondence, notes, saved telephone messages, recordings, photos, or drawings and provide them to the City for production. In the event Contractor believes said records need to be protected from disclosure,it shall, at Contractor's own expense, seek judicial protection. Contractor shall indemnify, defend, and hold harmless the City for all costs, including attorneys'fees, attendant to any claim or litigation related to a Public Records Act request for which Contractor has responsive records and for which Contractor has withheld records or information contained therein, or not provided them to the City in a timely manner. Contractor shall produce for distribution any and all records responsive to the Public Records Act request in a timely manner,unless those records are protected by court order. 15. Other Provisions: A. Administration and Notices. Each individual executing this Agreement on behalf of City and Contractor represents and warrants that such individuals are duly authorized to execute and deliver this Agreement on behalf of City or Contractor. Pace 7 of 10 Any notices required to be given by the Parties shall be delivered at the addresses set forth below. Any notices may be delivered personally to the addressee of the notice or may be deposited in the United States mail, postage prepaid, to the address set forth below. Any notice so posted in the United States mail shall be deemed received three(3)calendar days after the date of mailing. This Agreement shall be administered by and any notices should be sent to the undersigned individuals or their designees. CITY OF RENTON CONTRACTOR Russ Woodruff Logan Brown, General Manager 1055 South Grady Way Marine Floats Corporation Renton, WA 98057 1208 E D Street Phone: (425)430-6602 Tacoma,Washington 98421 rwoodruff@rentonwa.gov Phone: (253) 383-1102 (brown@marinefloats.com B. Amendment and Modification. This Agreement may be amended only by an instrument in writing,duly executed by both Parties. C. Assignment and Subcontract. Contractor shall not assign or subcontract any portion of this Agreement without the City of Renton's prior express written consent. D. Compliance with Laws. Contractor and all of the Contractor's employees shall perform the Work in accordance with all applicable federal, state,county and city laws, codes and ordinances. A copy of this language must be made a part of any contractor or subcontractor agreement. E. Conflicts. In the event of any inconsistencies between contractor proposals and this contract,the terms of this contract shall prevail. F. Governing Law. This Agreement shall be made in and shall be governed by and interpreted in accordance with the laws of the State of Washington. G. Joint Drafting Effort. This Agreement shall be considered for all purposes as prepared by the joint efforts of the Parties and shall not be construed against one party or the other as a result of the preparation, substitution, submission or other event of negotiation, drafting or execution. H. Jurisdiction and Venue. Any lawsuit or legal action brought by any party to enforce or interpret this Agreement or any of its terms or covenants shall be brought in the PAGE 8 Of 10 King County Superior Court for the State of Washington at the Maleng Regional Justice Center in Kent, King County, Washington, or its replacement or successor. Contractor hereby expressly consents to the personal and exclusive jurisdiction and venue of such court even if Contractor is a foreign corporation not registered with the State of Washington. i. Severability. A court of competent jurisdiction's determination that any provision or part of this Agreement is illegal or unenforceable shall not cancel or invalidate the remainder of this Agreement,which shall remain in full force and effect. J. Sole and Entire Agreement. This Agreement contains the entire agreement of the Parties and any representations or understandings, whether oral or written, not incorporated are excluded. K. Third-Party Beneficiaries. Nothing in this Agreement is intended to, nor shall be construed to give any rights or benefits in the Agreement to anyone other than the Parties, and all duties and responsibilities undertaken pursuant to this Agreement will be for the sole and exclusive benefit of the Parties and no one else. L. Waivers. All waivers shall be in writing and signed by the waiving party. Either party's failure to enforce any provision of this Agreement shall not be a waiver and shall not prevent either City or Contractor from enforcing that provision or any other provision of this Agreement in the future. Waiver of breach of any provision of this Agreement shall not be deemed to be a waiver of any prior or subsequent breach unless it is expressly waived in writing. IN WITNESS WHEREOF, the Parties have voluntarily entered into this Agreement as of Effective Date. CITY OF RENTON CONTRACTOR OE 141. . .41 Denis Law, Mayor 1055 South Grady Way Renton,WA 98057 PAGE 9 OF 10 CO/23/ Date Attest * SEAL Jas A. Set Cit lerk Approved as to Legal Form Shane Moloney Renton City Attorney 1 !' C 1 Date q/23f zarq Date Non-standard 08-06-19 CLB PAGE 100F 10 Renton Cedar River Boathouse Float Reconfiguration REVISED BID FORM City of Renton Exhibit A REVISED BID FORM Due No Later than 4:00 PM September 5, 2019 CITY OF RENTON EMAIL TO: RWOODRUFF(c RENTONWA.GOV OR HAND DELIVER TO: COMMUNITY SERVICES SIXTH FLOOR, RENTON CITY HALL 1055 SOUTH GRADY WAY, RENTON, WA, 98057 Replacement, Repositioning and Removal of Floats from the City of Renton's Cedar River Boathouse By submitting a bid, Contractor acknowledges and accepts full responsibility to complete all Work as per all Contract Documents(and in full compliance with all codes, regulations and rules that are in force at the date stated on the Contract Documents. Contractor agrees to provide all engineering, tools, labor, materials, equipment and all services necessary to complete all the Work and subject to all terms and conditions per Contract Documents. PART 1 -BID SUMMARY The bid amount is comprised of: a. All Work including engineering,fabrication and installation of 2(two)new floats,realignment of 1 (one)existing float and removal and disposal of 1 (one)existing float and all other work as included in the Contract Documents. 1. Base Bid Amount $ 266,520 2. Sales Tax on Base Bid Amount(10%) $ 26,652 3. Total Amount-Base Bid and Sales Tax $ 293,172 Written Total Dollar Amount(Line 31: two hundred ninety three thousand one hundred seyen(y two Dollars PART 2-OTHER 2.1 Receipt of Addenda: Receipt of the following Addenda is acknowledged: ) Addendum No: 1 - August 28, 2018,L-t Addendum No: Page 1 of 2 Renton Cedar River Boathouse Float Reconfiguration REVISED BID FORM City of Renton 2.2 Acceptance of Bid A. The undersigned hereby agrees that this BID shall be a valid and firm offering for the period of thirty (30)days from closing time for the"Receipt of Bids." B. Acceptance of Bid: Within thirty(30) days after the opening of Form of Proposal, the City will act either to accept the Proposal from the lowest responsive, responsible Bidder, or to reject all Bids. The City reserves the right to reject all bids.The City reserves the right to request extensions of such Bid acceptance period. C. The acceptance of a Bid will be evidenced by a written Notice of Intent to Award Contract to the Bidder whose Bid is under consideration for acceptance,together with a request to furnish bonds(if required),evidence of insurance to execute the agreement set forth in the Contract Documents,and other designated documents. 2.3 Execution of Contract A. If written"Notice of Intent to Award Contract"is mailed,telegraphed, facsimile,or delivered to the undersigned within the"period of Bid Validity"noted above, or any time thereafter before this Bid is withdrawn, the undersigned will,within five (5)days after the date of such notification,execute Contract in the form of Sample Agreement. 2.4 Prevailing Wage/Payment and Performance Bonds A. Contractor shall pay at a minimum prevailing wages per provisions 7.A of the Agreement B. Contractor shall provide a Payment and Performance Bond equal to 100% of of the Contract Amount(including any selected alternates)per provisions of 7.0 of the Agreement 2.5 Supplemental Contractor Qualifications A. Bidder shall submit with the bid the completed Contractor Qualifications Form to validate the required experience to be considered for responsiveness. 2.6 Subcontractor I Vendor Qualifications A. Within 10(ten)days of receipt of Notice of Intent to Award Contract,the Bidder shall submit the required documentation for Float Manufacturer per 05.70.00.1.05 Bid Respectfully Submitted By: Contractor Name: Marine Floats Corporation Contractor Registration No: Marinf"085QP Address: 1208 E D St. Tacoma, WA 98421 Phone Number: ( 2531 3-2740 Signed By: (.(0_ } Print Name: Brown Title: General Mana.g e Date: 9-5-19 END OF REVISED BID FORM Page 2 of 2 Renton Cedar River Boathouse Float Reconfiguration City of Renton to, • f � sa Addendum No. 1 Bids remain due by 4:00 PM on September 5. 2019 Incorporate the following revisions to the Contract Documents: 1: Bidder Questions and Answers: 1. Are your Issued For Construction Set for the Cedar River Boathouse Float Reconfiguration the drawings to be used for construction; however,The specs note that design calculations are required from the Contractor.A contractor asked me if they are to bid and build per PND drawings or do as design build? Answer:Work is to be provided per the documents. For the Aluminum Float System requirements, see Specification Section 05-70.00.On Sheets S2,02& S2.03,Framing Note 1)to be modified as follows: 1)ALL FRAMING MEMBER MARINE GRADE ALUMINUM(TUBES AND ANGLES TO BE MINIMUM 4x4x1/2& L2x2x1t2, RESPECTIVELY). 2. In the Contractor Qualifications page of the bid package, It states that the required information be submitted within 5 days from the apparent low bidder.But, it goes on to say that this information needs to be submitted with our bid.Can you please clarify if it needs to be submitted with our bid package or if it needs to be submitted by the apparent low within 5 days of the City's request? Answer: Contractor Qualifications are to be submitted with the bid. 3. Is a bid bond required for this project? Answer:No 2: Revised Bid Form Attached. 1. Submit the revised bid form to include acknowledgement of receipt of addenda End of Addendum No. I } 4.A August 28,2019 4,6 Marine Floats meets the contractor's qualifications per the Cedar River Boathouse Reconfiguration project specifications. Thank you for the opportunity to bid on this upcoming project. Our company has a 31 year history and an outstanding reputation for building superior projects throughout the Puget Sound area. Cordially, lan Brown Cedar River Boathouse Float Reconfiguration CONTRACTOR QUALIFICATIONS City of Renton CONTRACTOR QUALIFICATIONS Low Responsible Bidder It is the intent of the City to award a contract to the lowest responsive and responsible Bidder. In determining the Bidder's responsibility, the City shall consider an overall accounting of the items listed below. The apparent low bidder shall submit the required information within five (5)business days of receiving request from City. This request may be made in the form of a telephone call or email message The required information shall be provided on the referenced form bound herein. Failure to submit such information to the satisfaction of the City within the time provided may render the Bidder as not responsible. Required Information/Criteria For the purposes of the Supplemental Bidder Responsibility evaluation process, the scope of this project generally involves but is not limited to the fabrication and installation of 2 (two)new floats, and the repositioning of 1 (one)existing float and removal and disposal of 1 (one)existing float All work shall be in conformation to the Contract Documents including the Agreement, bid form,permits,conditions and supplemental documents as issued by authorities having jurisdictions, project plans and specifications. 1. Experience of Contractor on Projects of Similar Size and Complexity Contractor is required to demonstrate they have successfully completed at least 7 (seven) projects of similar type, size and complexity to this project within the last 10 (ten) years. Similar Size and Complexity to the project means projects having these characteristics: • Scope includes but is not limited repositioning and attachment of 1 (one)existing float. Removal and disposal of 1 (one)existing along with any cleanup/removal of related attachments and any other elements or improvements no longer needed. Engineering, fabrication and installation of 2 (two) new floats Work was performed as permitted by federal and state authorities having jurisdiction. List of Completed Projects Using the provided Contractor Qualifications Detail form, (electronic copy available upon request), pprovide a list of at least 7 (seven)similar construction projects your firm has completed within the past 10 (ten)years,giving the name of the project; name, address,contact information,contract amount; date of completion; and role of your firm (prime or subcontractor). This information will be used assess Contractor qualifications to undertake the Work. 2. Experience of Key Personnel Experience of Project Manager Submit resume and references for the proposed Project Manager. This person shall have managed, as lead project manager. a minimum of three projects of similar type size and complexity to this project, and successfully completed those projects within the last ten years. The City may contact previous project Owners to validate the information provided by the Bidder END OF SECTION August 14, 2019 General Construction for Renton Cedar River Boathouse Float Reconfiguration Contractor Qualifications Detail Contractor shall provide with their bid all information below detailing at least 7(seven)marine construction projects of similar scope completed within the past 10(ten)years within Washington,Oregon, Idaho or Alaska. Business Contact information Contractor Business Name: Marine Floats Corporation Total years in Business:31 years Mailing Address:1208 E D Si.Tacoma,WA 98421 WA State Contractor Registration No:Marinf`085QP Business eand Phone:(253)383-2740 'Former business Business: &Dates: N/A Contact Name and Titte:Logan Brown :General Manager Contact Phone:(253)677-3940Contact Email:lbrown@marinefloats.com I Reason for name change(s): N/A Project Name Description of Work Performed: Owner Name/Address/ Date Contract Value: Served Served Contact Tel: completed: as as Sub i Prime 1 Rhododendron Park TRemaval and disposal of existing float�hno Construction 7 3416 Martin City of Kenmore {and piling. Installation of(1)aluminum Luther King Jr.Way Seattle, WA 1/3118 $395,329 X ,float and(1) timber float 981181(206)324-8063 2 Steamboat Landing i Fabrication of aluminum floats. Ballard Marine Construction/ Ste of oWat Landisgal 727 S 27th St.Washougal,WA 5/17/19 $422,040 X 1i City98671 /(360)695-5163 3 ' Wau ho Lake !Fabrication and installation of(1) City of Lakewood/600 Main St. o p !timber overlook deck and(1)timber SW Lakewood,WA 98499/ X s City of Lakewood 6/19/17 $80,383 Ilakeviewdock (253)589-2489 -_-__-- 4 Removal and disposal of existing Bob Wise/5834 Ward Ave NE _.._ Eagle Harbor Marina concrete float marina and timber piling Bainbridge Island,WA 98110/ 8/18/17 $2 595 665 X Installation of new marina and piling (206)455-8583 5 ;Removal and disposal of existing Ralph Spillinger/141 Parfitt Winslow Wharf concrete float marina and timber piling Way SW Bainbridge Island,WA 4/1/15 $4,436,561 X Installation of new marina and piliga 98110/(206)842-4202 6 , i Fabrication and installation of floating Glenn Carlson/Griswold Ave Port of Grapeview 1 dock,ramp and steel pilings Grapeview,WA 98546, 4/1/19 $172,683 x (4251610-6552 7 }Girl Scouts of Western Removal and disposal of existing pier,ramp Jesse Jacobson 139580 N Hwy slows and piling installed aluminum per !Washington aqJanum structure,ramp floating docks and 101 Lilliwaup,WA 98555 8/26/13 $326,500 X ;Camp Robbinswold ;i (206)512-9098 LOGAN S. BROWN Lbrown@marinefloats.com 1208EDSt. Tacoma, WA 98421 (253) 677-3949 EDUCATION • BS Degree in Construction Management from Central Washington University- graduated 2009 Skills Acquired: Structural Engineering, Coordination of Sub-contractors, Scheduling, Estimating, Management,Cost Accounting,Safety Management, Professional Communication,Contract Law, Technical Documents and Plans. * American Institute of Constructors- certified Associate Constructor EXPERIENCE * Marine Floats (Marine Construction) 2010-Present *Current employer Project Manager: Estimating, scheduling, purchasing, Coordination of subcontractors, Completing extensive permit process. Coordinating construction of piers, docks, and overwater structures throughout the Puget Sound for private and government clients. PROJECT REFERENCES 1. Winslow Wharf o Removal and disposal of existing concrete float marina and timber piling. Installation ' of new marina and piling. ContractValue: $4,436,561 o Contact- Ralph Spillinger- (206)842-4202 2. Steamboat Landing o Fabrication of aluminum floats. Contract Value: $422,040 o Contact - Ballard Marine Construction- (360)695-5163 3. Port of Grapeview o Fabrication and installation of floating dock, ramp and steel pilings. Contract value : $172,683 o Contact -Glenn Carlson-Port of Grapeview Commissioner -(425)610-6552 4. Eagle Harbor Marina o Removal and disposal of existing concrete float marina and timber piling. Installation of new marina and piling. Contract Value : $2,595,665 o Contact- Bob Wise-(206)455-8583 .k L . + Bond No 2295351 c CONTRACT BOND TO THE CITY OF RENTON KNOW ALL MEN BY THESE PRESENTS: That we,the undersigned Marine Floats corporation as principal, and North American Specialty Insurance Company corporation organized and existing under the laws of the State of Connecticut as a surety corporation, and qualified under the laws of the State of Washington to become surety upon bonds of contractors with municipal corporations, as surety are jointly and severally held and firmly bound to the City of Renton in the penal sum of $293,172.00 for the payment of which sum on demand we bind ourselves and our successors,heirs, administrators or person representatives, as the case may be. This obligation is entered into pursuant to the statutes of the State of Washington,the Ordinance of the City of Renton. Dated at Tacoma Washington,this 13 day of September ,2019 Nevertheless, the conditions of the above obligation are such that: WHEREAS, under and pursuant to Contract No. CAG•19-254 providing for construction of the Cedar River Boathouse Float Reconfiguration;the Principal has accepted,or is about to accept, the contract, and undertake to perform the work therein provided for in the manner and within the time set forth; NOW, THEREFORE, this Performance and Payment Bond shall be satisfied and released only upon the condition that Principal: • Faithfully performs all provisions of the Contract and changes authorized by Owner in the manner and within the time specified as may be extended under the Contract; • Pays all laborers, merhanics,subcontractors, lower tier subcontractors, material persons, and all other persons or agents who supply labor, equipment, or materials to the Project: • Indemnifies and holds Owner, its officers, and agents harmless from and against all claims, liabilities, causes of action,damages, and costs for such payments for labor, equipment,and materials by satisfying all claims and demands incurred under the Contract,and reimbursing and paying Owner all expenses that Owner may incur in making good any default by Principal;and • Indemnifies and holds Owner harmless from all claims, liabilities, causes of action,damages and costs, including property damages and personal injuries, resulting from any defect appearing or developing in the material provided or workmanship performed under the Contract. • Pays all taxes incurred on said contract under title 50 and 51 Revised Code of Washington(RCW) and all taxes imposed on the Principle under Title 82 RCW. The indemnities to Owner shall also inure to the benefit of the Consulting Engineers and other design professionals retained by Owner in connection with the Project. No change, extension of time, alteration, or addition to the terms of the Contract or to the Work to be performed under the Contract shall in any way affect Surety's obligation on the Performance Bond. Surety hereby waives notice of any change, extension of time, alteration, or addition to the terms of the Contract or the Work. This Contract Bond shall be governed and construed by the laws of the State of Washington, and venue shall bein King County,Washington /NVV|TNES5VVHEREOF' the pameu have executed this instrument in two identical counterparts this 13 day of September . 20 18 _ Marine Floats Corporation North American Specialty Insurance Company Principal Surety ' ' ���^/o�'' 5ignatur» 5ig��xure — Julie A. Craker Attorney-in-Fact Title ' Tide -- --'— - Name and address of local office of HentocheU &Anonciateo. Inc. agent and/or SoretyCompany: 1436 S. Union Avenue Tacoma,WA oa*un F�""«,"."e�.,~v�pe",n,. ,,rnr"umn 2019 SWISS RE CORPORATE SOLUTIONS , NORTH AMERICAN SPECIALTY INSURANCE COMPANY WASHINGTON INTERNATIONAL INSURANCE COMPANY GENERAL POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS.THAT North American Specialty Insurance Company,a corporation duly organized and existing under laws of the State of New Hampshire.and having its principal office in the City of Overland Park,Kansas,and Washington International Insurance Company.a corporation organized and existing under the laws of the State of New Hampshire and having its principal office in the City of Overland Park.Kansas.each does hereby make,constitute and appoint: THOMAS P.HENTSCHELL,BRADLEY A. ROBERTS,JULIE A.CRAKER, KAREN J.SMITH,and JOANNE REINKENSMEYER JOINTLY OR SEVERALLY Its true and lawful Attomey(s)-in-Fact,to make,execute,seal and deliver,for and on its behalf and as its act and deed,bonds or other writings obligatory in the nature of a bond on behalf of each of said Companies.as surety,on contracts of suretyship as are or may be required or permitted by law,regulation.contract or otherwise,provided that no bond or undertaking or contract or suretyship executed under this authority shall exceed the amount of: FIFTY MILLION(S50,000,000.00}DOLLARS This Power of Attorney is granted and is signed by facsimile under and by the authority of the following Resolutions adopted by the Boards of Directors of both North American Specialty Insurance Company and Washington International Insurance Company at meetings duly called and held on the 9th of May,2012: "RESOLVED,that any two of the Presidents,any Managing Director.any Senior Vice President,any Vice President,any Assistant Vice President. _ the Secretary or any Assistant Secretary be,and each or any of them hereby is authorized to execute a Power of Attorney qualifying the attorney named in the given Power of Attorney to execute on behalf of the Company bonds,undertakings and all contracts of surety,and that each or any of them hereby is authorized to attest to the execution of any such Power of Attorney and to attach therein the seal of the Company: and it is FURTHER RESOLVED,that the signature of such officers and the seal of the Company may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimile,and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be binding upon the Company when so affixed and in the future with regard to any bond,undertaking or contract of surety to which it is attached." rk14.% By *.•/,`7". .41ai ,e44.4..let 4.:(10°Aii•-*0 _ f SEAL Itt ( 1.1,4 len Ste An ven P. dersson.Senior Vice?resident of Wittiness International bummer Company &Senior Vise President ells:or*American Speciake loseroace Conspany t". SEAL'''A a! irn f44ii• IV 'Nib.,i ha By Michael A.Um Suitor I ste remade.of *sham n toraationsl binnunet Company &Seater Vice President of North Americus Spetithy bat-act Company IN WITNESS WHEREOF,North American Specialty Insurance Company and Washington International Insurance Company have caused their official seals to be hereunto affixed,and these presents to be signed by their authorized officers this 19 day of JANUARY .2018 . North American Specialty Insurance Company Washington International Insurance Company State of Illinois County,.of Cook as: On this 19 day of JANUARY ,2018 .before me,a Notary Public personally appeared Steven P. Anderson ,Senior Vice President of Washington International Insurance Company and Senior Vice President of North American Specialty Insurance Company and Michael A.Ito, Senior Vice President of Washington International Insurance Company and Senior Vice President of North American Specialty Insurance Company,personally known to me.who being by me duly sworn,acknowledged that they signed the above Power of Attorney as officers of and acknowledged said instrument to he the voluntary act and deed of their respective companies. ............"..M6.444,416...AL SEAL 11.................-4 OFFIO I It KENNY I Notify Pubbc-SUM ot Weis I My COMINIMPorl c.p..1 M.Kerney.Notary Public Meant ar-atememomimi-mr-im-son-ei I, Jeffrey Goldberg , the duly elected Assistant Secretary of North American Specialty Insurance Company and Washington International Insurance Company.do hereby certify that the above and foregoing is a true and correct copy of a Pow-er of Attorney given by said North American Specialty Insurance Company and Washington International Insurance Company,which is still in full three and effect. 1 -1--( IN WITNESS WHEREOF.I have set my hand and affixed the seals of the Companies this 3-0 wn ibei0( . day off,9— ,/,' ' - ,./. Jeffrey Goldberg.Vice President&Assistant StitilkI\of Washington Intemanonal Insurance Company&North Amencan Specialty Insurance 1 ompany